Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

R -- NB180000-12-05322 Drupal Web Content Management - Deliverables Table

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB180000-12-05322
 
Archive Date
10/31/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Deliverables Table THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-58 The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25M. This acquisition is being procured as a small business set-aside. Background NIST has initiated a Drupal Web Content Management (WCM) Pilot project to acquire the necessary experience and expertise and to identify the requirements needed to migrate the NIST external website to a Cloud-based Drupal Web Content Management system. The project objectives include: • Understand and test WCM in a cloud service model • Define NIST functional and technical requirements for WCM • Identify migration requirements from CommonSpot to Drupal • Identify migration requirements from our current server environment to a cloud-based server environment • Identify security requirements needed for migrating to a Drupal cloud solution • Provide OISM staff with appropriate training to support Drupal • Determine if Drupal will sufficiently meet NIST web development needs • Determine cost, schedule, and business case information necessary for migration • Identify the challenges in migrating to a Drupal cloud solution • Migrate an external NIST website managed by OISM to a Drupal cloud environment Purpose and Objectives of the Procurement The purpose of this procurement is to obtain consulting services to expertly evaluate migrating the NIST external website (www.nist.gov) from its present NIST-hosted CommonSpot WCM to a cloud-based Drupal WCM. In particular, NIST requires the contractor to • Evaluate and document the cloud, Drupal, and security requirements for migrating to a cloud-based Drupal WCM • Evaluate and document website content, functionality, and user migration from the existing CommonSpot WCM to a cloud-based Drupal WCM including the identification of functionality gaps that would need to be addressed • Document expected challenges and risks for migrating to a cloud-based Drupal solution and outline recommended mitigation strategies for each risk • Develop a comprehensive cost projection for the migration of the NIST external website to a cloud-based Drupal solution • Develop a project roadmap and schedule for migrating the NIST external website to a cloud-based Drupal solution Contractor Requirements The contractor shall: • Perform an evaluation of NIST's external website to include: o an analysis of website content and information architecture to identify content migration strategies and migration tools, and the creation of content type mapping matrix that maps the current content type to that of Drupal o an analysis of the website's functional components, including interface with existing systems (databases, LDAP, servers, etc.), with recommended migration strategies and identification of areas where additional programming would be necessary to duplicate functionality in a Drupal WCM o an analysis of NIST's CommonSpot user roles and permission settings with recommended migration strategy to Drupal • Provide detailed technical and product knowledge of Drupal in a cloud-based SaaS environment along with best practice recommendations to include: o cloud requirements - cloud-based topography supporting development, staging, and production; planning for load balancing production website; documenting cloud requirements based on industry best practices and NIST's web environment o Drupal requirements - recommended Drupal configuration included identification of which Drupal modules should be deployed; Drupal authentification methods; content workflows and approvals; Drupal roles, groups, and administrative security; documenting Drupal requirements based on industry best practices and NIST's web environment o security requirements - Conformance with FIPS 199 and NIST SP 800-53; security scans and reporting, documenting security requirements based on NIST's needs o Solution portability- define an exit strategy for Drupal Cloud-based websites • Provide a detailed risk analysis and methods for mitigation for migrating the NIST external website from the in-house CommonSpot WCM to a cloud-based Drupal WCM. • Develop a migration roadmap and project plan including detailed schedule and cost Period of Performance: • Three months (60 business days) • Contractor work begins 2 weeks after the contract is awarded Government Roles and Responsibilities • Hardware - NIST shall provide a workstation with network access to the CommonSpot authoring server and its file system. • Database - NIST shall provide read-only (Select) access to CommonSpot and FLEET databases • CommonSpot - NIST shall provide a CommonSpot account to contractor with appropriate priviledges • Appropriate NIST Staff shall be available for the engagement • NIST shall provide available facilities for the engagement General Assumptions • Contractor employees working on this engagement shall be citizens of the United States of America • NIST Gaithersburg business hours are Monday through Friday, 8:30 AM to 5:00 PM EDT, excluding Federal holidays. • This engagement shall be performed at NIST's facility in Gaithersburg • This engagement will be a firm fixed price contract Deliverables The Government will interact with the contractor frequently. Bi-weekly meetings will be held at which the contractor shall provide a formal status on the deliverables expected. The Government expects the contrator to follow the schedule outlined below. The Government will have 5 business days to review the deliverable and either accept it or identify deficiencies requiring revision. The corrected deliverable will be due within 5 business days of the contractor receiving the documented deficiencies. (See Attachment for Deliverables Table) SUBMISSION INSTRUCTIONS Prospective Contractors must submit the following via electronic quotation to Willie Lu at willie.lu@nist.gov no later than Wednesday, August 15, 2012 at 2:00 pm EST. Volume I - TECHNICAL Volume There shall be no pricing information or labor rates included in the Technical Volume. The Offeror shall submit the following as parts of Volume I: A. Technical Approach- The Offeror shall submit a detailed technical approach for this requirement that demonstrates a sound and feasible approach to completing the tasks detailed in the Statement of Work, as well as a sufficient understanding of the tasks and deliverables required by the Statement of Work, and the purpose of the requirement. B. Key Personnel Information- The Offeror shall submit a list of the proposed key personnel candidate(s) for the tasks detailed in the Statement of Work. It is expected that this requirement will require the work of at least one key personnel contractor employee. In addition, the Offeror shall submit the resume(s) for each proposed key personnel to demonstrate the extent to which the key personnel meet the minimum qualifications detailed in the evaluation factors for award. C. Experience - The Offeror shall describe its past experience in performing work for other organizations (private or public organizations) that is similar in size and scope to the work detailed in the Statement of Work. The work described in this section must have been performed within the past three years. The relevancy of the Offeror's past experience to this requirement shall be clearly demonstrated. Volume II - PRICING Volume The Offeror shall submit the following as part of Volume II: The Offeror shall provide a total firm fixed price for the requirement detailed in the Statement of Work. As supporting information to the total firm fixed price proposed, the pricing volume shall also show the following: a. The total number of hours being proposed for the performance of the work by each key personnel proposed. b. The fully burdened hourly labor rate proposed for each key personnel contractor employee proposed. c. A proposed payment schedule for the requirements. The Statement of Work details certain due dates for certain deliverables that should be noted in the Offeror's payment schedule. BASIS FOR AWARD Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. A) Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. B) Past Performance: Past Performance will be evaluated to determine the overall quality of the services provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history. Offerors should provide a list of 3-5 references to whom the same or similar services has been provided within the past 3 years. Past performance references must include the company/organizations name, contact person, phone number, and e-mail address. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. All responses shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Willie Lu, via email at willie.lu@nist.gov. ***Submission must be received by 2:00 p.m. eastern time on Wednesday, August 15, 2011***FAXED QUOTES WILL NOT BE ACCEPTED. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 5.203-6 Restrictions on Subcontractor Sales to the Government; (8) Utilization of Small Business Concerns; (16) 52.219-28 Post Award Small Business program Rerepresentation; (17) 52.222-3 Convict Labor; (18) 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (and (30) 52.232-33, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. 52.227-17 Rights in Data - Special Works. The following Department of Commerce (CAR) clauses Department of Commerce Clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Technical Representative (COTR); 1352.209-70 Organizational Conflict of Interest; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.231-71 Duplication of Effort; 1352.233-70 Agency Protests; and 1352.227-70 Rights in Data, Assignment of Copyright.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB180000-12-05322/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02826529-W 20120805/120803235452-771812f61dc38a4359696d8115452a66 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.